Combined Security Maintenance Contract London
Contract for the high quality maintenance and repair of various security systems across the Parliamentary Estate via suitably qualified dedicated site engineers.
United Kingdom-London: Repair and maintenance services of security equipment
2014/S 102-179124
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Houses of Parliament
14 Tothill Street
Contact point(s): https://in-tendhost.co.uk/parliamentuk/aspx/Home
For the attention of: Business Support Team
SW1H 9NB London
UNITED KINGDOM
Telephone: +44 2072191600
E-mail: ppcs@parliament.uk
Fax: +44 2072191600
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
NUTS code UKI1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Applicants must have demonstrable experience of providing the following to a major client base:
1. Providing permanent on-site security maintenance staff during normal hours.
2. Designing and managing a testing, monitoring and maintenance regime designed to minimise failures of security equipment or systems.
3. Running and maintaining an extensive secure dedicated security network including the ability to provide staff qualified for CISCO network management to CCNA level.
4. Installing, commissioning and maintaining both analogue and digital CCTV cameras and associated GUIs and DVRs.
5. Managing 3rd party providers.
6. The scope of the contract may also include installing, commissioning and maintaining large Automatic Access Control Systems via an existing named contractor.
The following experience would also be useful:
1. Maintaining PLC controlled equipment such as Barriers, conveyors etc.
2. Providing 1st line repair service to X ray search equipment and metal detection systems.
3. It is currently envisaged that the existing electronic locking system will be replaced over the lifetime of this contract with a Kaba based system. Applicants must therefore demonstrate how they would manage the supply, installation and maintenance of a large Kaba based electronic door locking system of at least 1000 doors.
4. Experience in managing the transfer of staff under the TUPE regulations.
II.1.6)Common procurement vocabulary (CPV)
50610000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire. This may be obtained from the following website http://in-tendhost.co.uk/parliamentuk/ as described at III.2.3 and must be completed and returned by the deadline given at IV.3.4 below. The pre-qualification questionnaire shall include, but not be limited to, the matters detailed under clauses III.2.2 and III.2.3 below.
III.2.2)Economic and financial ability
Economic and financial capacity – means of proof required. As stated in the documentation.
III.2.3)Technical capacity
The Pre-Qualification Questionnaire will be accessible at the following website http://in-tendhost.co.uk/parliamentuk. To be able to access these documents you will need to select the above quoted tender in the ‘current tenders’ list, click on the ‘view tender details’ and express interest by clicking on the button provided. Afterwards, you will need to register your company details, thereafter you will be issued with a username and password. If you have already registered with In-Tend previously, please follow the link shown, this will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and have forgotten your username and password, please click on the forgotten password link on the In-Tend homepage. Please keep this username and password secure, and do not pass it to any third parties. If you are experiencing problems, then please contact the In-Tend helpdesk via email: support@in-tend.com or call +44 8442728810 for further assistance. Please ensure that you allow yourself plenty of time when responding to this invitation to tender prior to the closing date as in in IV.3.4. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application like WinZip or WinRar.Minimum level(s) of standards possibly required:
As stated in the PQQ.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Houses of Parliament
14 Tothill Street
SW1H 9NB London
UNITED KINGDOM
E-mail: ppcs@parliament.uk
Telephone: +44 2072191600
VI.5)Date of dispatch of this notice: